DA10--Combined Synopsis/Solicitation | 100% SDVOSB Set-Aside Request For Quote (RFQ) | VISN 5 VISN-Wide Drug Database Subscription Services Base Year Plus Two One Year Options
Combined Synopsis/Solicitation for Commercial Items Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (... Combined Synopsis/Solicitation for Commercial Items Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-03. This solicitation is set-aside for: 100% Service Disabled Veteran Owned Small Business (SDVOSB) The associated North American Industrial Classification System (NAICS) code for this procurement is 519130 (Internet Publishing and Broadcasting and Web Search Portals), with a small business size standard of 1,000 employees. The Product Service Code (PSC) is DA10 (IT and Telecom - Business Application/Application Development Software As A Service). The VA Capitol Health Care Network (VISN 5) is seeking to purchase a VISN-Wide Drug Database Subscription Service to cover all VISN 5 Veterans Affairs Medical Centers (VAMC) and related Community Based Outpatient Clinics (CBOC). All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Base Year Drug Database Subscription (ddb) service to assist with drug identification and drug interactions. This database will serve to assist health care providers in their clinical decision making and drug information needs. users: VISN 5 includes 6 main VA medical center/health care systems that include: Beckley VAMC, Clarksburg VAMC, Huntington VAMC, Martinsburg VAMC, Washington DC VAMC, VA Maryland Healthcare System (Baltimore VAMC and Perry Point VAMC) as well as all clinical based outpatient clinics and affiliated campuses with each of the 6 medical centers. this purchase requires an existing commercial off-the-shelf web-based/online access, clinical point of care drug information & interaction knowledge product that will be made available throughout VISN 5 locations noted above with emphasis on pharmacy. users will need these tools to be available on VA networked and non-VA networked computers, both onsite and offsite, as well as on mobile devices. resource must provide printable patient health information and suitable in reading level and content for veteran patients and their families. the contractor shall provide all resources necessary to meet the requirements described in the statement of work for an online, commercial, off-the-shelf, drug database subscription (ddb). access should include 24/7 online availability. access should cover an unrestricted number of simultaneous users. performance period: one (1) year from date of award. package requirements: ddb subscription must meet all 34 requirements and salient characteristics outlined in the statement of work. 1 YR $___________ $___________ Line Item Description Quantity Unit of Measure Unit Price Total Price 1001 Option Year 1 Drug Database Subscription (ddb) service to assist with drug identification and drug interactions. This database will serve to assist health care providers in their clinical decision making and drug information needs. users: VISN 5 includes 6 main VA medical center/health care systems that include: Beckley VAMC, Clarksburg VAMC, Huntington VAMC, Martinsburg VAMC, Washington DC VAMC, VA Maryland Healthcare System (Baltimore VAMC and Perry Point VAMC) as well as all clinical based outpatient clinics and affiliated campuses with each of the 6 medical centers. this purchase requires an existing commercial off-the-shelf web-based/online access, clinical point of care drug information & interaction knowledge product that will be made available throughout VISN 5 locations noted above with emphasis on pharmacy. users will need these tools to be available on VA networked and non-VA networked computers, both onsite and offsite, as well as on mobile devices. resource must provide printable patient health information and suitable in reading level and content for veteran patients and their families. the contractor shall provide all resources necessary to meet the requirements described in the statement of work for an online, commercial, off-the-shelf, drug database subscription (ddb). access should include 24/7 online availability. access should cover an unrestricted number of simultaneous users. performance period: one (1) year from date of award. package requirements: ddb subscription must meet all 34 requirements and salient characteristics outlined in the statement of work. 1 YR $___________ $___________ Line Item Description Quantity Unit of Measure Unit Price Total Price 2001 Option Year 2 Drug Database Subscription (ddb) service to assist with drug identification and drug interactions. This database will serve to assist health care providers in their clinical decision making and drug information needs. users: VISN 5 includes 6 main VA medical center/health care systems that include: Beckley VAMC, Clarksburg VAMC, Huntington VAMC, Martinsburg VAMC, Washington DC VAMC, VA Maryland Healthcare System (Baltimore VAMC and Perry Point VAMC) as well as all clinical based outpatient clinics and affiliated campuses with each of the 6 medical centers. this purchase requires an existing commercial off-the-shelf web-based/online access, clinical point of care drug information & interaction knowledge product that will be made available throughout VISN 5 locations noted above with emphasis on pharmacy. users will need these tools to be available on VA networked and non-VA networked computers, both onsite and offsite, as well as on mobile devices. resource must provide printable patient health information and suitable in reading level and content for veteran patients and their families. the contractor shall provide all resources necessary to meet the requirements described in the statement of work for an online, commercial, off-the-shelf, drug database subscription (ddb). access should include 24/7 online availability. access should cover an unrestricted number of simultaneous users. performance period: one (1) year from date of award. package requirements: ddb subscription must meet all 34 requirements and salient characteristics outlined in the statement of work. 1 YR $___________ $___________ STATEMENT OF WORK Title: Clinical Point of Care Drug Information & interaction Knowledge Product HIG SST Drug Database Subscription A. General Information 1.0 Introduction: This purchase request requires an existing commercial off-the-shelf webbased/online access, Clinical Point of Care Drug Information & interaction Knowledge Product that will be made available throughout VA Capitol Health Care Network (VISN 5) with emphasis on Pharmacy. VISN 5 includes six main VA Medical Center/Health Care Systems that includes: Beckley VA Medical Center (Beckley, WV) Clarksburg VA Medical Center (Clarksburg, WV) Hershel "Woody" Williams VA Medical Center (Huntington, WV) Martinsburg VA Medical Center (Martinsburg, WV) Washington DC VA Medical Center (Washington, DC 20422) VA Maryland Health Care System (Baltimore, MD 21201 | Perry Point, MD 21902) And ALL their Clinical Based Outpatient Clinics and affiliated campuses For the purpose of this Combined Synopsis-Solicitation for Commercial Items, this product s emphasis is on drug database subscription (DDB) to assist with drug identification and drug interactions. This database will serve to assist health care providers in their clinical decision making and drug information needs. VISN 5 s goal is to ensure uniform availability of high quality, clinical point of care drug information to our Pharmacy, and across the system to improve clinical decision making. 2.0 Background: a. VISN 5, which includes six medical centers, affiliated Community Based Outpatient Clinics, and other physical work and off-site locations, requires online web access to searchable medical and drug references for retrieval of current, authoritative, and evidence-based medical and drug information for health care providers and patients. b. Electronic medical references reduce the need for multiple individual hard copies of expensive print resources and allow for cross searching multiple clinical information resources. This method provides a more efficient manner of retrieving medically necessary information to meet the clinical mission of providing quality care to Veterans within the VISN 5 Network. c. Health care providers need these online tools to be available on VA networked and non-VA networked computers, both on-site and off-site, as well as on mobile devices, to have health information available to provide care for patients. d. All VA Medical Centers have access to nationally purchased databases and resources that are made available through the VA Library Network Office (LNO). These databases include already subscribed content from: Clinical Key, OVID MD, the Access Suite from McGraw Hill, and many others. The DDB database required in this statement of work are to complement these resources. e. This resource must provide patient health information that is printable and suitable in reading level and content for Veteran patients and their families, that can be provided to Veteran patients, their family members and caregivers. 3.0 Scope of Work: a. The contractor shall provide all resources necessary to meet the requirements described in this statement of work for an online, commercial, off-the-shelf, drug database subscription (DDB). b. The contractor shall provide 24/7 online web access to the DDB subscription as stated herein for staff at facilities in the VISN 5 (via IP), to their mobile devices (via Apps or mobile websites), or to their remote work areas (via IP or OpenAthens). Remote access must include access via OpenAthens and mobile platforms including various popular hand-held devices, for all healthcare providers across VISN 5. c. An unrestricted number of simultaneous users are to have immediate access from any web-enabled computer within VISN 5 VA. It is required that all authorized remote users with VPN access have access to the product. 4.0 Performance Period: One (1) year from date of award, plus two (2) one (1) year option periods to be exercised at the discretion of the Government. 5.0 Required DDB Subscription Requirements and Salient Characteristics: The contractor shall provide a DDB Subscription which addresses the following requirements and salient characteristics: a) Provides up-to-date drug information [prescription, over the counter (OTC), alternative medicine]; b) Determines dosing, side effects/adverse events, and interactions, both drug-drug and drug-food; drug-OTC, drug-alternative medicine c) Provides full-text databases on chemical, pharmaceutical, and related biological substances used in clinical patient care; d) Includes drug reviews, guidelines, clinical reviews, and information from package inserts and drug texts; e) Contains calculators (dosing, clinical, measurement, laboratory values, etc.); f) Provides access to Black-Box warnings; g) Provides drug formulary information; h) Contains a clinical teaching section to assist in communicating information to patients; i) Provides comparison tables to compare drugs within a class for features like half-life or other valuable information; j) Comprehensive medication monographs which include information regarding FDA and non-FDA indications, with literature citations for the evidence base; k) Summaries of clinically relevant primary literature within the resource (more than just a reference to a source; l) Provide primary literature references and summary data in the resource for comparative efficacy and off-label indications; m) Contain references to abstracts, tertiary electronic sources and full text articles; n) Provide a uniform search tool and user interface throughout the product; o) Updated on a daily basis by a review board of allied health professionals; contains a date of last review/update for each section; p) Provides content on acute care, alternative medicine, drug information, toxicology, teratogenic medications, patient education, and occupational health and safety including material safety data sheets; q) Ability to "brand" both web and printed materials with practice site logos and contact information; r) Provide drug assessments to the user based on manufacturer monographs and peer reviews of primary literature; s) Provide references to primary literature to support recommendations and/or indications for therapy. t) Provides side-by-side comparative drug evaluations with primary literature summaries to allow time effective comparison of more than one agent with one search. Includes concise reviews of trials or case reports including key characteristics of study design such (number of patients, p-values, population included); u) Provide users with a multitude of web-based calculators designed to meet the needs of all healthcare providers; v) Comprehensive information available about drug use in special populations including renal impairment, hepatic impairment, geriatrics, dialysis, obesity and other relevant disease states that will vary by drug; w) Provide consumer appropriate printable health information on medications, procedures, and disease states. This health information should be available in at least English and Spanish languages; x) Provide a drug interaction tool that can enter multiple drugs and allergies for a given patient with output of entry that includes drug-drug, drug allergy, drug-ethanol, drug-lab, drug-food, drug-tobacco, drug-pregnancy and drug-lactation interactions; y) Drug Interaction tool will provide severity of interaction; Adverse drug reactions will include percentages of patients affected by the interaction where available and include case reports; z) Provide a tool for medication identification based on any information available to the provider (i.e. color, imprint, formulation, etc.); aa) Provide administration with tracking tools to include stats on particular components used by the organization; bb) Exportable to an iPhone, blackberry, iPad or android device for point of care decisions; cc) Provide an IV compatibility database that is comprehensive, searchable, and which may be drilled to obtain more information or references; dd) Provide pharmacy compounding stability information; ee) Components of the clinical topic review for drug information shall include the following fields: a. Medical Safety Issues/Alerts. b. Brand Names. c. Pharmacologic Category. d. Dosing (Adults, Elderly, Pediatric, etc.) and Forms (capsule, tablet, liquid, etc.). e. Generic Alternative availability. f. Administration, Use, Contraindications, Warnings/Precautions. g. Specific Populations (Pregnancy Risk Factor/Lactation/Breast Feeding, Pediatric, Geriatric, etc.). h. Dietary Considerations. i. Mechanism of Action. j. Metabolism/Interactions. k. Pharmacodynamics/Kinetics. l. References section. m. Graphics (figures, pictures, graphics, tables, etc.) integrated into record/review that can be printed or exported. n. Hyperlinks to related record/review topics. ff) The contractor shall provide users an intuitive navigation interface for searching, navigating, and reading through database content and the results of a database search; and, gg) Poison control information including antidote and supportive care recommendations. hh) Information on Handling of hazardous medications (NIOSH) 6.0 Users shall be able to: 1. Enter a search phrase consisting of one or more terms or select a term from drop down menu of potential matches after typing the first few characters of the term. 2. Enter names of diseases, symptoms, laboratory abnormalities, procedures, drugs, classes of drugs, etc. to retrieve topical reviews. 3. Enter common synonyms, abbreviations, and acronyms that will be mapped to the appropriate topical review(s) in display results. 4. Search for drug information and retrieve topic reviews containing information about the drug. 5. Search for drug information by retrieving the drug record. 6. Search for drug interactions by entering drug name to display a complete list of interactions for the drug. 7. Choose and use medical specialty calculators interactively by entering required values/units of information to determine mathematical calculation. 8. Sort search results for display through the use of categorization options such as adult, pediatric, etc. 9. Find specific text within a topic review using the product s find tool. 10. Select among various output options, including printing all or selected portions of the topical review 7.0 Additional Customer Support Requirements: a. A single point of contact for customer service issues is named, available by both phone and email, and assigned to VISN 5 Program Manager or its representative. At least one alternative contact is provided for absences of the provided single point of contact. A single point of contact shall be supplied for the database, and shall follow all of the following terms: b. The single point of contact should be available via telephone and email during normal business hours and should not have excessive business travel or all day training commitments. Any scheduled out of office time must be notified to the VISN 5 Program Manager with a minimum of two (2) week notice. c. The VISN 5 Program Manager reserves the right to request and be provided a replacement single point of contact representative within 60 days after request. This request can be made for any reason or no reason at all, with no additional cost necessary or reason provided. The number of these requests is made at the discretion of the LNO Program Manager. d. It is the responsibility of the VA specified customer service contact to be fully educated and familiar with the physical and administrative structure of the VA system. e. The contractor shall provide monthly reports to the VISN 5 Program Manager of technical service requests provided to VISN 5 customers. The contractor s point of contact shall meet with the VISN 5 Program Manager via conference call to review reports (date/time/frequency TBD). f. Each report shall provide at a minimum the following columns in Excel format with: 1. Reference # 2. Date Created 3. First Assigned Technical Service Representative 4. Customer Full Name 5. Email Address of customer 6. Issue/Request Statement 7. Status 8. Result 9. Other information per Contractor choice 8.0 Contracting Officer s Representative: TBD at time of award. The purchase order/contract period of performance is: Base year: 04/05/2021-04/04/2022 Option YR 1: 04/05/2022-04/05/2023 Option YR 2: 04/05/2023-04/04/2024 FOB: Destination Place of Performance/Place of Delivery Address: VISN 5 (VISN-Wide) Postal Code: Maryland/District of Columbia/West Virginia Country: United States The following solicitation clauses and provisions but not limited to apply to this acquisition: FAR 52.212-1, Instructions to Quoters Commercial Items ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: FAR 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS North American Industry Classification System (NAICS) code and small business size standard are stated in the combined synopsis/solicitation. Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show- The solicitation number; The time specified in the solicitation for receipt of quotations; The name, address, and telephone number of the quoter; A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; Terms of any express warranty; Price and any discount terms; Remit to address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3( b ) for those representations and certifications that the quoter shall complete electronically); Acknowledgment of Solicitation Amendments; Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Period for acceptance of quotes. The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing. Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. Late submissions Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. Issuance of purchase order. Quotations should contain the quoter s best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will not use the formal source selection procedures described in FAR part 15. Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. Availability of requirements documents cited in the solicitation. (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978 If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: ASSIST (https://assist.dla.mil/online/start/). Quick Search (http://quicksearch.dla.mil/). ASSISTdocs.com (http://assistdocs.com). Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the Micro-Purchase Threshold (MPT), and quotations of MPT or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The quoter shall enter, in the block with its name and address on the cover page of its quotation, the annotation DUNS or DUNS+4 followed by the DUNS or DUNS+4 number that identifies the quoter s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The quoter should indicate that it is a quoter for a Government contract when contacting the local Dun and Bradstreet office. [Reserved]. Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on purchase order(s) resulting from this solicitation from the contracting officer. End of Provision FAR 52.212-2, Evaluation Simplified Acquisition Procedures Addendum to 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate quotations: Price Alone/Existing direct replacement Veterans Involvement: In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.215-70 (DEVIATION), Service-Disabled Veteran-Owned Evaluation Factors, the Government will assign evaluation credit for a Quoter (i.e., prime contractor) which is a Service-Disabled Veteran-Owned Small Business (SDVOSB). To receive credit, an quoter must be registered and verified in Vendor Information Pages (VIP) database at time of quotation submission and at time of award (https://www.vip.vetbiz.va.gov/) and must meet federal small business size standards for the North American Industry Classification System (NAICS) code assigned to this solicitation. Price: The Government will evaluate the price by adding the total of all line item prices, including all options The Total Evaluated Price will be that sum. Firm-Fixed Price. Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by adding six months of the quoter's price for the last potential period of performance under this contract to the quoter's total price. For example, if the contract includes option periods that are exercisable under FAR 52.217-9, the quoter's total price for the purpose of evaluation will include the base period, all option periods, and an additional six months of the last option period. Quoters must price only the base and option periods specified in the line item numbers, and shall not submit a price for the potential six-month extension of services under FAR 52.217-8. The Government reserves the right to exercise the option under FAR 52.217-8 before the end of any of the contractor's performance periods and will be exercised at the price and/or rates in effect at the time the clause is exercised. Evaluation of options shall not obligate the Government to exercise the option(s). End of Provision FAR 52.212-3, Quoters Representations and Certifications Commercial Items www.sam.gov registration is required to be complete at time of submission of response. Quoters must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Quoters Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply but not limited to: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2021) Applicable clauses are but not limited to: IT Contract Security (including Appendix B and C) 52.203-17, 52.204-4, 52.204-13, 52.204-18, 52.217-8, 52.217-9, 52,228-5, 52.232-18, 52.232-19, 52.232-40, 852-203-70, 852.204-70, 852.212-73, 852.219-10, 852.232-72, 852.233-70, 852.233-71, 852.242-71, 852.270-1. Applicable provisions are but not limited to: 52.204-7, 52.204-16, 52.204-24, 52.212-1, 52.212-2, 52.212-3, 52.216-1, 52.229-11, 52.233-2. The full text of FAR provisions or clauses may be accessed electronically at: http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) All quoters shall submit the following: Quotes shall be submitted on company letterhead. Commercial format is encouraged. All quoters shall include the followin...
Data sourced from SAM.gov.
View Official Posting »